STEM,VALVE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for STEM, VALVE components. This solicitation is designated as a Total Small Business Set-Aside and involves the procurement of "SPECIAL EMPHASIS material" critical for shipboard systems, where failure could lead to serious injury, loss of life, or loss of vital shipboard systems. The resultant award will be issued bilaterally, requiring contractor acceptance. Proposals are due by February 17, 2026.
Scope of Work
The requirement is for a Stem component, which must conform to Naval Sea System Command drawing 801-6408786, FIND NO 16, and utilize SAE-AMS-6931 material. Key requirements include quantitative chemical and mechanical analysis, Non-Destructive Tests for weld repairs, and adherence to FED-STD-H28 series for thread inspection. Welding and brazing processes must comply with S9074-AR-GIB-010A/278, 0900-LP-001-7000, or S9074-AQ-GIB-010/248, with procedures and qualification data submitted for approval. A Certificate of Compliance is mandatory for all Special Emphasis Material. Contractors must maintain a quality system in accordance with ISO-9001, supplemented by ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. Strict traceability and certification requirements are in place for Level I/SUBSAFE materials, including specific marking and material handling procedures.
Contract & Timeline
- Type: Solicitation (anticipated Firm Fixed-Price)
- Set-Aside: Total Small Business
- Response Due: February 17, 2026, 8:30 PM EST
- Published: January 5, 2026, 9:00 AM EST
- Delivery: 365 days for CLIN 0001AA.
Evaluation
Offers will be evaluated considering past performance in accordance with FAR 13.106(a)(2). For Level I/SUBSAFE material, suppliers must submit a copy of their current documented quality system procedures (CDRL DI-QCIC-81110) to the Procurement Contracting Officer prior to award.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a DO certified order under the Defense Priorities and Allocations System (DPAS). Payment instructions utilize Wide Area Work Flow (WAWF), with certification data submitted to Portsmouth Naval Shipyard for review and acceptance prior to shipment. Access to drawings, if included, must be requested on SAM.gov. The primary point of contact is Robert H. Langel at robert.h.langel.civ@us.navy.mil or 717-605-3353.